SOLICITATION NOTICE
X -- X - Rental of rooms and catering services
- Notice Date
- 5/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Corporation for National and Community Service, Chief Financial Officer, Atlantic Service Center, 801 Arch Street, Suite 103, Philadelphia, PA, 19107
- ZIP Code
- 19107
- Solicitation Number
- 02-AT-715
- Response Due
- 6/12/2002
- Archive Date
- 6/27/2002
- Point of Contact
- Edward Grossman, Grants Management Officer, Phone (215) 597-2916, Fax (215) 597-4933, - Suzanne Gualtiere, Grants Management Specialist, Phone (215) 597-4523, Fax (215) 597-4933,
- E-Mail Address
-
egrossma@cns.gov, sgualtier@cns.gov
- Description
- The Corporation for National & Community Service, a wholly owned government corporation intends to award a contract to a qualified vendor in the metropolitan areas of Bost, MA or New York, NY (including Newark, NJ) who can provide lodging, catering, and meeting space for an AmeriCorps*VISTA training. AmeriCorps*VISTA is a federal program which places members in low-income communities to mobilize resources and increase the capacity of those communities to solve their own problems. The Pre-Service (PSO) will occur July 15 - 18, 2002. The groups will check in on Monday (7/15/2002) and check out on Thursday (7/18/2002) We will need 50 - 75 sleeping rooms for threenights with 2 double beds to accommodate double-occupancy and 25 - 35 sleeping rooms for three nights to accommodate single occupancy. The facility must comply with the American Disabilities Act and should be on the Hotel-Motel national Master List of FEMA/United States Fire Administration. The facility selected should be able to accommodate up to 200 people for a group meal. The chosen vendor must be prepared to provide vegetarian, vegan and Kosher meals. Approximately 25% of all meals will be vegetarian/vegan; up to 1% will be Kosher. The catering needs will break down as dinner on Day 1. Breakfast/lunch/dinner with mid-morning and mid-afternoon breaks on Day 2. Breakfast/lunch/dinner with mid-morning and mid-afternoon breaks on Day 3. Breakfast/lunch with mid-morning break on Day 4. Based on these catering needs, proposals should include a Per Person cost per meal. Additionally, the facility should be able to hold up to 150 people (in rounds)for General Sessions and have at least 5 Breakout rooms. The Breakout rooms must be able to accommodate up to 35 people each (set in rounds). All rooms (General Session and Breakouts) should be set with #2 lead pencils, two flipcharts, water service, and should be available from 8:00 a.m. to 8:00 p.m. The sit selected should provide transportation to/from airport, Amtrak station and hotel. All proposals received must include an explanation of shuttle transportation available and indicate additional cost, if any. Proposals must also include the cost for parking. The specific meeting requirements are as follows: DAY 1 A registration area with a telphone, and five (5) six-foot skirted tables and chairs. Dinner to accommodate a flow of registrants from 5:00 p.m. until 7:00 p.m. for up to 150 people. For participants arriving before check-in, an area should be designated for luggage storage. DAY 2 A registration area with a telephone, and five (5) six-foot skirted tables and chairs. Hot breakfast for up to 150 people. Two General Session rooms (a) set in romes for up to 125 people and (b) set in rounds for up to 25 people. Audio-visual needs MAY include a large projection screen, a two shelf audio-visual cart, a podium, a microphone, a VCR, a slide projector and four (4) flipcharts for each General Session room; up to five (5) Breakout rooms set in rounds, to accommodate up to 35 people each. An afternoon break with beverages and light snack. Dinner for up to 200 people. DAY 3 A registration area with a telephone and five (5) six-foot skirted tables and chairs. Hot breakfast for up to 150 people. Two General Session rooms (a) set in rounds for up to 125 people and (b) General Session room set in rounds for up to 25 people. Audio-visual needs the same as day 2. A mid-morning break with beverages and light snack. Lunch available to accommodate up to 150 people. Up to five (5) Breakout rooms set in rounds, to accommodate up to 35 people each. An afternoon break with beverages and light snack. Dinner for up to 150 people. DAY 4 A registration are awith a telephone, and five (5) six foot skirted tables and chairs. Hot breakfast for up to 150 people. Two General Session rooms (a) set in rounds for up to 125 people and (b) set in rounds for up to 25 people. Audio-visual needs, the same as day 2. A mid-morning break with beverages and light snack. Lunch available to accommodate up to 150 people. Up to five (5) breakout rooms set in rounds to accommodate up to 35 people each. Bid proposals MUST INCLUDE the following information to be considered: 1. Per night sleeping room rate for single and double occupancy (per room). 2. Costs PER PERSON for all catering. Due to our status as a federal corporation, we will only consider food costs which fall within the federal per diem for your area. 3. Charges for meeting space and audio-visual equipment. 4. A description of the shuttle service available and any costs associated with shuttle transportation and parking. The solicitation number is 02-AT-715 and is issued as a request for quotation (RFQ) This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS Code for this requirement is 721110 and the small business size standard is $5M. The provisions at 52.212.1, Instructions to Offerors-Commercial applies to this acquisition. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. This is a best value procurement and evaluation of offers will be based on quality, past performance and price. The clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Inplement Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses listed in 52.212-5(b) and (c) are included by reference: 52-222.21; 52.222-22; 52.222-23; 52.222-41, 52-225.3; and 52.232-34. Proposals must be submitted in writing and signed by a person authorized to negotiate on behalf of the proposer with the Government and sent to the address in this announcement. BIDS SHOULD BE MAILED TO: Damon Bolden, Training Specialist, Corporation for National and Community Service, 1201 New York Avenue, N. W., Washington, D. C. 20525. (202) 606-5000 Ext 581 (voice) (202) 565-2789 (fax) NO LATER THAN 6/12/2002.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/CNS/CFO/PhiladelphiaPA/02-AT-715/listing.html)
- Place of Performance
- Address: metro areas of Boston, MA or New York (including Newark, NJ)
- Record
- SN00080289-F 20020523/020521213107 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |